20
Sr.no. Clause No./Document No. Page no. Query Description Bidder's Query AGL Reply/Remarks 1 Bid Document, VOLUME – II OF II Clause No. 1.6 Page 6 of 167 TYPE OF COMPRESSOR BLOCK Lubricated or non lubricated two throw Balanced opposed reciprocating Compressor with lube oil system and cooling system (console type) as required. Burckhardt Compression (India) Pvt. Ltd.(BCIN) Trunk Piston Design compressor are best suited for CNG applications as they offer Zero Gas Loss and are suitable for frequent start stop ,do not require nitrogen purging etc . BCIN trunk piston design compressor have clocked 4 Million operating hours at sites of IGL and other CGD companies such as AGL,BGL ,TNGL etc. All Burckhardt Compression make CNG packages are currently in operation at Aavantika Gas Limited of Trunk Piston design model. Request you to please approve Burckhardt Compression Trunk Piston Design. Bidder may supply the package with their proprietary design. 2 Bid Document, VOLUME – II OF II Clause No. 4.10.1 Page 14 of 167 GAS ENGINE Gas fired 4-stroke; spark ignited type. We request to please confirm the acceptable make of Gas Engine Tender Condition Prevails 3 Bid Document, VOLUME – II OF II Clause No. 4.10.10 Page 15 of 167 CPCB COMPLIANCE Yes, Engine shall meet the latest MP state/central pollution control board rules & regulations. Currently there are no norms applicable on emissions from gas engine powering compressors. Also central/state pollution control board do not undertake testing & certification of emissions at site. They are governing bodies and their scope is limited to publishing of standards. Testing of engines at site is carried out by agencies authorised by state/central pollution control boards. We request AGL to advice on applicable CPCB norms. Bidder shall submit a certificate approved/accepted by MP State Pollution Control Board for the installed gas engine during Site Acceptance Test / Performance Test. OR Bidder shall meet the CPCB norms on Genset run on dedicated Natural Gas mentioned in the environment (protection) rules - 1986, in Schedule-I,Serial No - 95A after issued a notification on 07/03/16 by Ministry of Environment ,Forest & Climate Change. 4 Bid Document, VOLUME – II OF II Clause No. 7.1 Page 29 of 167 Compressor Capacity DESIGN SUCTION PRESSURELOCATION: COMPRESSOR BLOCK OR PACKAGE INLET Package Inlet (Bidder to note that the suction pressure and temperature shall be measured at vendor’s boundary limit and not at compressor cylinder) We understand that pressure drop across suction filter and PRV and flow meter are to be accounted for while designing the package. Please confirm if our understanding is correct. Also please confirm the placement location of suction filters ( within the package or outside the package) In case the suction filters are placed outside the package then the design is to be done considering 16 bar in at the inlet of suction flow meter or the package. In case placement of Suction Filters is permitted outside the package then please confirm if the package design is to be done considering 16 Kg/CM2 at the inlet of the suction filter or after the suction filter. Yes, your understanding is correct. The location of the suction filters are either inside or outside of the package. In both the cases, the compressor package shall be designed considering 16kg/cm2 at the inlet of the suction filter. 5 Bid Document, VOLUME – II OF II Clause No. 1.6.3 Page 6 of 167 MASS FLOW METER FOR VENT The mass flow meter shall be W&M approved only We understand that weights & measures approval is applicable only for suction, discharge, engine flow meter. Vent flow meter is thermal mass flow meter type & weight and measures approval is not required. Please confirm if our understanding is correct. For Vent Mass Flow Meter , Certifications on the par to national / international standards to be submitted. Corrigendum-1 TENDER NO_AGL/0304/TO/CNG COMPRESOOR/05-19 Techno-commercial Query Page 1 of 20

TENDER NO AGL/0304/TO/CNG COMPRESOOR/05-19 Techno

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

Sr.no. Clause No./Document No. Page no. Query Description Bidder's Query AGL Reply/Remarks

1

Bid Document,

VOLUME – II OF II Clause

No. 1.6

Page 6 of

167

TYPE OF COMPRESSOR BLOCK

Lubricated or non lubricated two throw Balanced opposed

reciprocating Compressor with lube oil system and cooling system

(console type) as required.

Burckhardt Compression (India) Pvt. Ltd.(BCIN) Trunk Piston

Design compressor are best suited for CNG

applications as they offer Zero Gas Loss and are suitable for

frequent start stop ,do not require nitrogen purging etc .

BCIN trunk piston design compressor have clocked 4 Million

operating hours at sites of IGL and other CGD

companies such as AGL,BGL ,TNGL etc.

All Burckhardt Compression make CNG packages are

currently in operation at Aavantika Gas Limited of Trunk

Piston design model.

Request you to please approve Burckhardt Compression

Trunk Piston Design.

Bidder may supply the package with their proprietary design.

2

Bid Document,

VOLUME – II OF II Clause

No. 4.10.1

Page 14 of

167

GAS ENGINE

Gas fired 4-stroke; spark ignited

type.

We request to please confirm the acceptable make of

Gas Engine Tender Condition Prevails

3

Bid Document,

VOLUME – II OF II Clause

No. 4.10.10

Page 15 of

167

CPCB COMPLIANCE

Yes, Engine shall meet the latest

MP state/central pollution control

board rules & regulations.

Currently there are no norms applicable on emissions

from gas engine powering compressors. Also

central/state pollution control board do not undertake

testing & certification of emissions at site. They are

governing bodies and their scope is limited to publishing of

standards.

Testing of engines at site is carried out by agencies

authorised by state/central pollution control boards.

We request AGL to advice on applicable CPCB norms.

Bidder shall submit a certificate approved/accepted by MP State Pollution Control Board

for the installed gas engine during Site Acceptance Test / Performance Test.

OR

Bidder shall meet the CPCB norms on Genset run on dedicated Natural Gas mentioned

in the environment (protection) rules - 1986, in Schedule-I,Serial No - 95A after issued a

notification on 07/03/16 by Ministry of Environment ,Forest & Climate Change.

4

Bid Document,

VOLUME – II OF II Clause

No. 7.1

Page 29 of

167

Compressor Capacity

DESIGN SUCTION PRESSURELOCATION: COMPRESSOR

BLOCK OR PACKAGE INLET

Package Inlet (Bidder to note that the suction pressure and

temperature shall be measured at vendor’s boundary limit and not

at compressor cylinder)

We understand that pressure drop across suction filter

and PRV and flow meter are to be accounted for while

designing the package.

Please confirm if our understanding is correct.

Also please confirm the placement location of suction

filters ( within the package or outside the package) In case

the suction filters are placed outside the package then the

design is to be done considering 16 bar in at the inlet of

suction flow meter or the package.

In case placement of Suction Filters is permitted

outside the package then please confirm if the package

design is to be done considering 16 Kg/CM2 at the inlet

of the suction filter or after the suction filter.

Yes, your understanding is correct. The location of the suction filters are either inside

or outside of the package. In both the cases, the compressor package shall be designed

considering 16kg/cm2 at the inlet of the suction filter.

5

Bid Document,

VOLUME – II OF II Clause

No. 1.6.3

Page 6 of

167

MASS FLOW METER FOR VENT

The mass flow meter shall be W&M approved only

We understand that weights & measures approval is

applicable only for suction, discharge, engine flow

meter.

Vent flow meter is thermal mass flow meter type &

weight and measures approval is not required.

Please confirm if our understanding is correct.

For Vent Mass Flow Meter , Certifications on the par to national / international standards

to be submitted.

Corrigendum-1

TENDER NO_AGL/0304/TO/CNG COMPRESOOR/05-19

Techno-commercial Query

Page 1 of 20

Sr.no. Clause No./Document No. Page no. Query Description Bidder's Query AGL Reply/Remarks

Corrigendum-1

TENDER NO_AGL/0304/TO/CNG COMPRESOOR/05-19

Techno-commercial Query

6

Bid Document,

VOLUME – II OF II Clause

No. 4.11.3

Page 15 of

167

IP RATING OF ENCLOSURE

Enclosure shall be provide with a degree of protection…….IP 54

The compressor enclosure is equipped with large

suction and discharge hoods open to atmosphere.

Under the circumstances it is not possible to certify the

enclosures as IP 54 compliant.

We request for waiver of this clause.

Enclosure shall be flameproof , weatherproof with adequate ventillation system.

7

Bid Document,

VOLUME – II OF II Clause

No. 14.0

Page 43 of

167

NOISE LEVEL OF ENCLOSURE

72+/- 3 dBA at 1.0m distance

Gas engine driven packages have noise level in the

range of 78dBA +/ - 3 dBA.

We request AGL to accept the same.

Tender Condition Prevails

8

Bid Document,

VOLUME – II OF II Clause

No. 1.6.15 & 4.11.1

Page 6 &

15 of 167

TEMPERATURE DIFF. BETWEEN AMBIENT AND INSIDE OF

ENCLOSURE

Exhaust fan in the enclosure in addition………………..heat

exchanger. Maximum allowed temperature within the enclosure

shall be 8 deg. C above ambient temperature.

Requirement of exhaust fan is mentioned on page no 6

point 15, but of this page it is mentioned (In case the

ventilation fan is mounted inside the canopy then no

separate ventilation fan required provided this meet

the required temperature.)

Our Radiator Fan and the ventilation fan are engine

driven. Under the circumstances we shall not be

providing a separate electric motor driven fan.

Please refer reply to Sr. No. 26

9

Bid Document,

VOLUME – II OF II Clause

No. 5.3

Page 20 of

167

HMI

HMI shall be ………….Touch Screen with 10” graphic display.

Preferred make – Siemens & Schneider and Display shall be

weather proof to IP 65.

7” Touch Screen is an Industry standard. We offer Siemens

PLC with 7 “ touch screen. Siemens does not supply 10”

screen.

We request AGL to accept 7 inch touch screen as it is a

standard in City gas

Tender Condition Prevails

10

Bid Document,

VOLUME – II OF II Clause

No. 2.1.2

Page 9 of

167

AIR COMPRESSOR

3.7 kW 16kg/cm2 discharge with PRV. Preferred make

IR/KPCL/ELgi/CP. 1000 water litre capacity air receiver also

required.

Kindly approve the Iwata Motherson make as we are

supplying the same to all CGD companies. Tender Condition Prevails

11

Bid Document,

VOLUME – II OF IIClause

No. 5.6.11(n)

Page 23 of

167

SS TUBE FITTINGS

All high pressure fittings need to be of double ferrule type and SS

material only. Makes: M/s Swagelok (USA) / M/s Parker

(USA)/HYLOK/DK- LOK/SSP/HOKE/HAMLET/ M/S BMT Korea

We request approval towards Voss make fittings as

Burckhardt packages are factory supplied with Voss din rated

fittings. The same are in use at all city gas

companies and have successfully completed over 4

million hours of operations in India.

We can provide a certification towards successful use

of Voss fittings in Burckhardt package from prestigious

City Gas end user.

Tender Condition Prevails

12

Bid Document,

VOLUME – II OF II Clause

No. 5.6.11(s)

Page 23 of

167

PREFERRED MAKES of cooler

GEI Hamon Ind. Ltd, GEA India, Patel Air temp, Process

equipment Karad / M/s KPCL, M/s CP.

We request approval towards Chintamni make gas

coolers as Burckhardt packages are factory supplied

with Chintamani cooler. The same are in use at all city

gas companies and have successfully completed over 4

million hours of operations in India.

We can provide a certification towards successful use

of Chintamani gas cooler in Burckhardt package from

prestigious City Gas end user.

Tender Condition Prevails

Page 2 of 20

Sr.no. Clause No./Document No. Page no. Query Description Bidder's Query AGL Reply/Remarks

Corrigendum-1

TENDER NO_AGL/0304/TO/CNG COMPRESOOR/05-19

Techno-commercial Query

13

Bid Document,

VOLUME – II OF II Clause

No. 4.2.3

Page 11 of

167

Compressor maximum vibrations at cylinders and at frame shall

not exceed 10 mm /sec. And 5 mm/s respectively unfiltered peak

velocity

These may be applicable to API618 / ISO13631 compliant

compressor block.

These may not have any interlink with performance in field as

these are related with design.

We supply our field proven trunk piston design

compressor in CNG industries. These parameters are not

applicable to Trunk Piston Design.

We suggest that these being design parameters,

proprietary to each manufacturer, may kindly be dealt

accordingly.

Vendor may supply the package with their proprietary design, subject to fulfillment of

Tender requirement. However, the same design must have been supplied in the past

and approved by PESO.

14

Bid Document,

VOLUME – II OF II Clause

No. 5.2.2

Page 17 of

167

Control Philosophy

PLC architecture

We understand that 100% redundancy in CPU and power

supply is required for bump less changeover.Yes, your understanding is correct.

15

Bid Document,

VOLUME – II OF II Clause

No. 6.3

Page 113

of 167

MECHANICAL STRING TEST

Mechanical String Test of complete package for 4 hrs shall

be performed at packager’s shop before dispatch in

presence of Purchaser/Consultant. This test can be clubbed

up with the Mechanical Run Test of compressor as specified

above, provided the job driver, lube Oil system is used f or

the test. All parameters including discharge pressure shall

be demonstrated. String test at unload condition is not

acceptable.

Since we test the machines on natural gas in our plant.

We request to combine and allow MST and PAT at

packager’s work.

Tender Condition Prevails

16

Bid Document,

VOLUME – II OF II Clause

No. 6.4

Page 114

of 167

PACKAGE PERFORMANCE TEST (PT)

Bidder shall assemble the complete package including

auxiliary systems, instrumentation, safety dev ices within

the enclosure at his shop and dispatch. Duration of PG test

shall be min 4 hours continuously. Complete package

including gas engine shall be performance tested as a

module along with electric motor driven air compressor.

Bidder shall demonstrate all controls, shutdown, trips &

alarm s etc. Pressure and temperature of gas shall be

considered at purchaser’s boundary limit and supplier shall

install necessary pressure and temp measuring devices.

Necessary spool piece shall be provided in discharge tubing

of the com pressor. All instrument duly calibrated, tools &

tackles, any modification required for conducting PT shall

be in the scope of supplier.

We request that Performance Acceptance Test be

conducted for full 04 hours, on load, prior to dispatch at

the premises of packager itself. This methodology is

better as due to variation in loads and frequent auto

shutoff, it is not possible to carry out PAT seamlessly at

site

Tender Condition Prevails

17Bid Document,

VOLUME – I OF II SOR

Page 141

of 142

As mentioned in SOR

1) Supply of CNG Compressor – 3 QTY

2) String Test of package @ packager’s Factory– 3 QTY

3) Supply of Special tools and tackles – 3 QTY

4) Supply of Air Compressor with Air Receiver Vessel – 3 QTY

5) E&C and PAT at Site – 3 Qty

6) O&M for 1 st to 5th year – 3 QTY for each year

Our packaging plant is fully equipped to test the

package on design parameter continuously for 4 hours

on Natural Gas.

We request AGL to accept Performance Acceptance test at

factory.

Tender Condition Prevails

Page 3 of 20

Sr.no. Clause No./Document No. Page no. Query Description Bidder's Query AGL Reply/Remarks

Corrigendum-1

TENDER NO_AGL/0304/TO/CNG COMPRESOOR/05-19

Techno-commercial Query

18

Bid Document,

VOLUME – I OF II Clause

No. 26.1.1

Page 67 of

142

PRICE REDUCTION SCHEDULE

0.5% per week or part thereof of the delayed deliver value

maximum up to 5% of total delivery order value. The total value of

PO considered for applying PRS shall be excluding of all Taxes

and Duties.

We request that 0.5% value of PRS be applicable upon

completion of the complete week.

Please refer clause no. 33 "PRICE REDUCTION SCHEDULE (PRS)" of GCC-Goods

Section V of Tender Vol I of II.

19

Bid Document,

VOLUME – I OF II Clause

No. 1.A

Page 32 of

142

FOR SUPPLY 1)

85% of supply valve including string test – within 15 days

All Prominent City Gas Companies allow payment to

domestic bidders against Inland Letter of Credit.

Similarly, we request to release 85% payment through

Inland letter of credit.

This shall help us to offer better price.

Tender Conditions Prevail

We understand that 1200 SCMH machines are expected

to operate for approximately 2.5 hours daily. (13000

hours/15 years as per tender clause) We humbly submit that

the Machine Size Vs Loading and Penalty do not match and

submit as below :

1. Economic Lifecycle of CNG package is considered

as 73000 Hours. ( Reference tender of Progressive

City Gas Entities ) In case AGL has assumed total

operational life of the machine as 13000 hours then a 1200

SCMH Machine will compress Approx 11.7 Million Kg of CNG

in lifecycle which is 1/6th Capacity of a 1200

SCMH Machine ( as 1200 SCMH machine is procured to

compress approx 70 Million KG of CNG in Lifecycle)

To compress 11.7 Million over lifecycle a 250 SCMH machine

is sufficient. With a margin of 100 % also a 400 SCMH

capacity is more than sufficient (13000hours x 1200 SCMH /

73000 hours of life cycle = 213 SCMH)

A 1200 SCMH machine for the purpose is significantly over

sized proposition. It may also be noted that an over sized

machine has many other associated factors also contribute

towards inefficiency and thus increase loses. Some of the

factors are summarised as below.

Tender Condition Prevails

2. All API 618 standard Machines, by virtue of Design

require Nitrogen Purging Or have to forcibly Vent Gas into

the atmosphere to prevent air from entering the crankcase.

3. Under the circumstances an API 618 Machine

cannot be Zero Gas Loss Machine. Machines lose

Gas while in operation as well as in idling.

4. Loss is excessive in case of idling in comparison to

operation because flooding of Air in Crankcase is not

permitted & venting of Gas in open environment is the

necessity to prevent formation of explosive mixture. In our

opinion, Natural Gas being potent Greenhouse Gas should

not be vented in the atmosphere as it exists in environment

for more than 100 years & depletes

the Ozone layer.

Purchase of 1200 SCMH machine and almost 80 % idling

will lead to massive financial loss to Ex-Chequer and will

also pollute the environment . Hence AGL is requested to

reconsider decision to purchase 1200 SCMH machine and

instead opt for 250 SCMH as it will save millions of rupees in

Capex and OPEX and also safeguard the environment . All

Progressive CGD companies evaluate the bid after

considering the following:

▪ It is requested that lifecycle ownership and

operating cost should be considered while evaluating

bids

▪ The following may kindly be considered in

evaluation:

• Cost of equipment and auxiliaries including insurance,

freight and taxes

• Energy cost for 73000 hours of operation •

Gas Loss for 73000 hours of operation

• Operation & maintenance cost

• E&C, PAT, FAT charges We request to confirm the same.

Bid Document,

VOLUME – II OF II Clause

No. 7.2.1 (i)

20Page 30 of

167

PRICE LOADING FOR FUEL CONSUMPTION

F = (G-Q) * hours * Nop *N

Where,

F = Loading amount in Rs.

G = Guaranteed fuel consumption

in Kg/Hr for every 873 kg (1200

SCMH) of CNG Compressed for

bidder under evaluation.

H =Cost of NG= Rs. 44/ Kg

Nop = 13000 Hrs *

N =No. of Compressors

* This has been considered on

present running hours, expected

running hours for next 15 years

and NPV of Investment.

Tender Condition Prevails

Page 4 of 20

Sr.no. Clause No./Document No. Page no. Query Description Bidder's Query AGL Reply/Remarks

Corrigendum-1

TENDER NO_AGL/0304/TO/CNG COMPRESOOR/05-19

Techno-commercial Query

21

Bid Document,

VOLUME – II OF II Clause

No. 7.2.2(ii) - Vol II -

Page 31 of

167

Penalty during performance test towards gas loss

Bidders are to ensure that the package loss (excluding Engine

consumption) should not exceed 1.0%of the capacity of the

machine. If package loss is quoted more than 1 %of the capacity

of the machine, then bid shall be rejected. In case the above loss

exceeds 0.5% of the capacity of the machine (established in PT),

the purchaser shall be compensated @ Rs 65/- per kg for 5 years

for the gas leakage. The amount will be deducted from O&M

monthly running bill. It is bidder’s responsibility to demonstrate

during PT that the gas leakage is within the limit of 0.5% of the

capacity of the machine. All the provisions such as Flow Meter

(for low flow application) at common vent line suitable for the

application required for this shall be provided by bidder at his own

cost.

From the tender terms we understand that a machine

with gas loss of upto 1% is acceptable.

We understand that even as 13000 hours of operation

and 873kg/hr production the machine make cause a gas

loss of 1.13 lac kgs or in financial terms a loss of approx. 50

lacs.

It is requested that AGL consider taking declaration of

gas loss from bidder and load the bid price during

evaluation.

Tender Condition Prevails

22

Bid Document,

VOLUME – II OF II Clause

No. 13.14.1 & 13.14.2 & 1.3

-

Page 41 &

42 & 166 of

167

All spares, consumables, lubricants, lubricating oil, coolant,

sealant etc. required for carrying out the Operation and

maintenance of the complete compressor package during the

warranty period, including periodic, breakdown maintenance for

continuous and uninterrupted operation of the compressor

packages shall be in scope of the Bidder and shall be kept in

stock. If any equipment got fire or broken due to accident the

same shall be replaced or rectified by the bidder.

Insurance towards fire, theft & accident of the compressor

package shall be in PURCHASER’s Scope. Tender Condition Prevails

23

Bid Document,

VOLUME – II OF II Clause

No. 4.0

Page 4 of

167Delivery shall be………………..

Please note that we shall be transporting the package

either to storage/store or site (place to be confirmed by

client during despatch instructions).Further loading,

retransportation and unloading of the package store to site

will not be in our scope.

Re-transportation of the package from the store to the actual site/station including

transit insurance is in bidder's scope.

2. All API 618 standard Machines, by virtue of Design

require Nitrogen Purging Or have to forcibly Vent Gas into

the atmosphere to prevent air from entering the crankcase.

3. Under the circumstances an API 618 Machine

cannot be Zero Gas Loss Machine. Machines lose

Gas while in operation as well as in idling.

4. Loss is excessive in case of idling in comparison to

operation because flooding of Air in Crankcase is not

permitted & venting of Gas in open environment is the

necessity to prevent formation of explosive mixture. In our

opinion, Natural Gas being potent Greenhouse Gas should

not be vented in the atmosphere as it exists in environment

for more than 100 years & depletes

the Ozone layer.

Purchase of 1200 SCMH machine and almost 80 % idling

will lead to massive financial loss to Ex-Chequer and will

also pollute the environment . Hence AGL is requested to

reconsider decision to purchase 1200 SCMH machine and

instead opt for 250 SCMH as it will save millions of rupees in

Capex and OPEX and also safeguard the environment . All

Progressive CGD companies evaluate the bid after

considering the following:

▪ It is requested that lifecycle ownership and

operating cost should be considered while evaluating

bids

▪ The following may kindly be considered in

evaluation:

• Cost of equipment and auxiliaries including insurance,

freight and taxes

• Energy cost for 73000 hours of operation •

Gas Loss for 73000 hours of operation

• Operation & maintenance cost

• E&C, PAT, FAT charges We request to confirm the same.

Bid Document,

VOLUME – II OF II Clause

No. 7.2.1 (i)

20Page 30 of

167

PRICE LOADING FOR FUEL CONSUMPTION

F = (G-Q) * hours * Nop *N

Where,

F = Loading amount in Rs.

G = Guaranteed fuel consumption

in Kg/Hr for every 873 kg (1200

SCMH) of CNG Compressed for

bidder under evaluation.

H =Cost of NG= Rs. 44/ Kg

Nop = 13000 Hrs *

N =No. of Compressors

* This has been considered on

present running hours, expected

running hours for next 15 years

and NPV of Investment.

Tender Condition Prevails

Page 5 of 20

Sr.no. Clause No./Document No. Page no. Query Description Bidder's Query AGL Reply/Remarks

Corrigendum-1

TENDER NO_AGL/0304/TO/CNG COMPRESOOR/05-19

Techno-commercial Query

24

Bid Document,

VOLUME – II OF II Clause

1.6

Page 6 of

167Separate Junction Boxes..... For interfacing to local panel

Please note that we will not be providing separate junction

boxes for different signals. As per our standard practice all

cables run directly up to PLC panel. Kindly confirm

Accepted

25

Bid Document,

VOLUME – II OF II Clause

1.6

Page 6 of

167

Blow Down vessel shall be located preferably on top of the

package to facilitate periodic testing of pressure vessel.

Blow down vessel shall be mounted on the common

structural skid for compressor, gas engine and other auxiliary

components. This is our proprietary design approved by

PESO.

Bidder may supply the package with their proprietary design. BDV on the top of the

package shall be preferable.

26

Bid Document,

VOLUME – II OF II Clause

1.6

Page 6 of

167

Exhaust fan in the enclosure in addition to the cooling fan of the

heat exchanger.

The ACHE is forced draft and the hot air inside the package

is blown out by the fan. Thus, ventilation fans are not

envisaged.

Our aim is there should be sufficient ventillation for heat dissipation of coolers. Bidder

is required to assess the requirement of additional ventilation fan for the

same.Compressor shall not be tripped on account of rise of temperature inside

compressor package.

27

Bid Document,

VOLUME – II OF II Clause

1.6

Page 7 of

167Separate accoustic enclosure....... UV detectors in each enclosure

We would like to inform you that our compressor package

design having single accoustic enclosure without partition is

approved by PESO. Hence we will not provide a separate

enclosure with a set of GD and FD in each enclosure.

Tender Condition Prevails

28

Bid Document,

VOLUME – II OF II Clause

1.6

Page 7 of

167

O&M charges (post warrantee period) with spares, consumables,

man power and lubricants including complete overhauling of

compressor & engine, if required.

Top and Major Overhauling of Engine is not inlcuded in our

scope.Tender Condition Prevails

29

Bid Document,

VOLUME – II OF II Clause

2.1.2

Page 10 of

167

Manual drains and automatic moisture traps shall be provided in

the system.

Moisture trap not provided by KPCL on reservoir .We are

providing moisture separator cum regulator in the system.Please refer clause no 1.6, Page no 91 of 167, Vol II of II of tender document.

30

Bid Document,

VOLUME – II OF II Clause

2.1.7

Page 10 of

167For running the Air compressor…...... requirement in the offer.

Please specify the distance of PDB from the location where

the compressor package is going to be installed so that cost

of necessary power cable can be considered.

Distance between the PDB and compressor package will be depending on the site

condition. However, distance between them is not more than 40 meters.

31

Bid Document,

VOLUME – II OF II Note

4.8.2

Page 13 of

167

For Calculating the surface area of the air cooler the ambient

temperature of 42 deg C and 80% R.H.

Please confirm the ambient air temperature required for

calculating the area of air cooler. In Datasheet of Heat

exchanger it is stated that exchanger should be designed

with air side temperature of 44 deg C.

The ambient temperature of 44 deg C is considered for designing of ACHE.

32

Bid Document,

VOLUME – II OF II Note

4.9.3

Page 13 of

167

Scrubber service class- B shall be used for interstage/ discharge

scrubbers.

The proposed CNG package has suction volume bottle at

each stage and discharge volume bottle at final stage

discharge only. The volume bottles at suction are connected

to condensate drain system through auto-drain valves. These

volume bottles shall act as scrubbers/ condensate removal

system. No separate KODs shall be supplied. Isolation valve

is mounted in upstream of auto drain valve. Please let us

know your acceptance.

Bidder may supply the package with their proprietary design.

33

Bid Document,

VOLUME – II OF II Note

4.10.10

Page 15 of

167

Engine shall meet all the latest MP State / Central Pollution

Control Board rules & regulations. Bidder shall submit a certificate

approved/accepted by MP State Pollution Control Board for the

installed gas engine during Site Acceptance Test / Performance

Test.

CPCB norms are not applicable as CPCB scope is limited to

Natural Gas Engines for genset applications. However, we

will submit OEM certificate indicating emission values of

offered engine

Please refer reply to Sr. No. 3

34

Bid Document,

VOLUME – II OF II Note

4.11.1

Page 15 of

167

Adequate ventilation fans shall be provided to account for heat

dissipation of coolers.

Please note that Gas engine, compressor and ACHE are in

line and all the hot air inside the package is blown out by the

fan itself due to forced draft. Thus, ventilation fans are not

envisaged.

Please refer reply to Sr.no. 26

Page 6 of 20

Sr.no. Clause No./Document No. Page no. Query Description Bidder's Query AGL Reply/Remarks

Corrigendum-1

TENDER NO_AGL/0304/TO/CNG COMPRESOOR/05-19

Techno-commercial Query

35

Bid Document,

VOLUME – II OF II Note

4.11.3

Page 15 of

167

Enclosures shall be provide with a degree of protection equivalent

to IP 54 as defined in AS 1939, shall be flame proof and provided

with ventilation system. The enclosures shall have doors for

normal access and removable wall panels for ease of

maintenance.

Please note that we will be offering weather proof canopy and

manufacturer's compliance will be given for the degree of

protection. Please confirm the acceptance. Also removable

wall panels will not be provided as all components are easily

accessible without removing wall panels.

Please refer reply to Sr. No. 6.

36

Bid Document,

VOLUME – II OF II Note

4.13

Page 15 of

167

V -Belt drive upto 150 KW gas engine rating is acceptable. Direct

driv e shall be offered by the Bidder if power requirement is > 150

KW.Gear drive is not acceptable. V -Belt driv e >= 150 KW gas

engine rating is also acceptable but the same design must be

approved by PESO.

According to International standards API 618 V-Belt drive is

not suitable for power requirement greater than 150 kW. V-

belt drives are also not accepted by consultants such as

MECON, etc. We would like to point out that PESO only

approves electrical components of the package. From

mechanical point of view belt drive is not suitable.

In case of Belt drive, Bidder shall meet the requirements as per API 618. For more

details please refer clause no 7.4 (Belt Drive) of API 618.

37

Bid Document,

VOLUME – II OF II Note

5.6.11

Page 22 of

167Preferred Makes

We wish to add some other makes as per our market

availabilty:

Switches/Fuses/Contactors: Technik

SS tube, Tube fittings: SSP / Ratnamani

Ball/Needle Valve: SSP

For SS tube & Fittings/On-Off Valve/ NRV : Refer clause no 5.6.11 (n) , Vol II of II of the

tender document.

38

Bid Document,

VOLUME – II OF II Note

5.7.10

Page 25 of

167

Pressure transmitters shall be fixed range type with 2 wire 4 to 20

mA transmitter of piezoresisitive suitable for CNG applications

except at suction and discharge

Please note that all PTs will be piezoresistive. Noted

39

Bid Document,

VOLUME – II OF II Note

5.7.13

Page 25 of

167

Two nos. Of RS 485/RS232 Serial Communication Ports shall be

provided for Hooking Up the PLC to SCADA ..............for

accessing the PLC, HMI and mass flow meter through owner

supplied Laptop PC or laptop supplied by the bidder.

Please note that we shall include one set of license software

for accessing PLC, HMI and Mass flowmeter common for 3

nos of compressor packges. Laptop will not be in our scope.

Accepted

40

Bid Document,

VOLUME – II OF II Note

5.7.14

Page 25 of

167Vendor shall submit test certicates and test reports. Certificates will be submitted as per our standard QAP. Tender Condition Prevails

41

Bid Document,

VOLUME – II OF II Clause

1.6

Page 90 of

167Separate accoustic enclosure....... UV detectors in each enclosure

We would like to inform you that our compressor package

design having single accoustic enclosure without partition is

approved by PESO. Hence we will not provide a separate

enclosure with a set of GD and FD in each enclosure.

Tender Condition Prevails

42

Bid Document,

Sec V- Special conditions of

Contract

Item No. 7.3

Page 82 of

142

Defects liability period) twelve months period of liability from the

date of issue of completion certificate:

Defect liability should be 12 months from commissioning or

18/24 months from supply which ever is earlier.Refer Clause no. 7 of GCC-Works Section VI. Tender Conditions Prevail

43

Bid Document,

Sec V- Special conditions of

Contract

Item No. 6

Page 82 of

142

Contractor will also be responsible for taking

delivery of free issue material from Owner’s store and

Transportation to place of work

including its coverage for transit insurance.

Please note that we shall be transporting the packages either

to storage/store or site (place to be confirmed by client

during despatch instructions). Further loading. Re-

transportation and unloading of the package from store to

site will not be in our scope.

Please refer reply to Sr.no. 23

44

Bid Document,

Sec VI- Special conditions

of Contract

Item No. 1.4

Page 37 of

142

All arrangements and temporary construction if any, within

allocated area for adequate storage and safe custody of all goods

received against the order and for all other allied activities of the

Bidder, shall be done entirely by the bidder at their own cost.

Please note that contractor shall only be responsible for safe

custody of all supplies. Storage (watch and guard) and

preservation to be considered in Purchaser's scope.

Tender Condition Prevails

Page 7 of 20

Sr.no. Clause No./Document No. Page no. Query Description Bidder's Query AGL Reply/Remarks

Corrigendum-1

TENDER NO_AGL/0304/TO/CNG COMPRESOOR/05-19

Techno-commercial Query

B) 5% payment: On completion of erection, alignment & commissioning of each

compressor units. However, if, erection is not started within 90 days after supply due to

non-availability of site/gas, payment against erection and commissioning shall be

released to the successful bidder against receipt of bank guarantee of the said amount

to remain valid for a period of 1 year after completion of 90 days; i.e. 15 months from

the date of FOT site (actual).

REVISED PAYMENT TERMS• In case Erection and Commissioning is delayed beyond 3 Months for the Reason not

attributable to Vendor:

In case erection and commissioning is delayed beyond 3 months from receipt of

package at site, then 5% payment will be released to the vendor after 90 Days (3 months)

of receipt of package at site against submission of security deposit equivalent to 5%

value in form of Bank Guarantee for the period of Twenty-Four (24) Months (warrantee

period) and renewable till the commencement of AMC period (maximum validity 7

years).

1.2 In case the Testing and Field Performance Test could not be executed within 90

days from the date of completion of Erection and commissioning due to reason directly

attributable to the owner.

OR

Erection could not be taken up within 105 days from the date of delivery of material at

site due to reasons directly attributable to the owner; the balance 10% of supply value

as per 1.1 (C) shall be released after deduction against PRS clause if any and on

submission of Bank Guarantee of equivalent amount which shall remain valid for a

period of 1 year after completion of 90 days; i.e. 15 months from the date of FOT site

(actual).

REVISED PAYMENT TERMS• In case the Testing and Field Performance Test could not be executed within 90 days

from the date of completion of Erection and commissioning due to reason not

attributable to Vendor OR Erection could not be taken up within 105 days from the date

of delivery of material at site due to reasons not attributable to Vendor:

Testing and Field Performance Test could not be executed within 90 days from the date

of completion of Erection and commissioning at site or erection could not be taken up

within 105 days from the date of delivery of material at site, then 10% payment for

testing & field performance test can be released against submission of Security Deposit

equivalent to 10% of remaining value in form of Bank Guarantee for the period of

Twenty Four (24) Months (warrantee period) and renewable till the commencement of

AMC period (maximum validity 7 years).

45

Bid Document,

Sec III- Terms of PaymentPage 32 of

142

5% payment: On completion of installation, erection, allignment &

commissioning..... Validity of BG

Please note that if Erection & Commissioning has started but

not completed due to reasons attributable to the owner, this

payment will be put on hold. Hence we request you to accept

the following ammendment in the backstop of this payment

milestone:

However, if erection has started but not completed within 90

days after supply due to reasons not attributable to supplier,

the payment against Erection & Commissioning shall be

released against bank guarantee of the said amount. The

bank guarantee shall be valid for a period of 1 year after

completion of 90 days and validity of this BG shall not be

extended further.

Please note that if Erection & Commissioning has started but

not completed due to reasons attributable to the owner, this

payment will be put on hold. Hence we request you to accept

the following ammendment in the backstop of this payment

milestone: Installation/ Erection

has started but not completed within 105 days from the date

of delivery of material at site due to reasons directly

attributable to the owner; the balance 10% of supply value as

per 1.1.1 (C) or 1.1.2 (C) shall be released after deduction

against PRS clause if any and on submission of Bank

Guarantee of equivalent amount which shall initially remain

valid for a period of 1 year after completion of 90 days and

vaildity of this BG shall not be extended further.

10% payment: In case the testing and PG test could not be

executed within 90 days from date of completion of Erection &

Commissioning.... Validity of BG

Page 32 of

142

Bid Document,

Sec III- Terms of Payment

46

Page 8 of 20

Sr.no. Clause No./Document No. Page no. Query Description Bidder's Query AGL Reply/Remarks

Corrigendum-1

TENDER NO_AGL/0304/TO/CNG COMPRESOOR/05-19

Techno-commercial Query

• Regarding Payment Terms during AMC period after expiry of Warranty Period:

Firm commissioning date cannot be given at that time as it depends upon the site

conditions. However, the AMC rate will be valid upto the period of 7 years (2 years

Warranty period + 5 years AMC period) from the date of Supply. For example – If

Compressor is commissioned in 4th year from the date of supply then AMC period

should be considered for the balance period from 4th year to 7th year at the same rate

quoted by bidder.

Definition of Balance period = (Two Year Warranty period + Five Year AMC Period) –

(Time Elapsed due to delay in Commissioning from the date of supply)

For example:

i) If Compressor is commissioned within Warranty period of 24 months from the date of

supply:

if a Compressor delivered on 15.05.2020 and commissioned on 16.07.2021, then AMC

period will commence for balance period as per following formula:

Balance Period = {(warranty period (15.05.2020 to 16.07.2021) + Five year AMC period} -

{Time Elapsed due to delay in Commissioning from the date of supply (15.05.2020 to

16.07.2021)}

AMC period will commence for Balance period = From 17.07.2021 to 16.07.2026.

i) If Compressor is commissioned beyond Warranty period of 24 months from the date

of supply:

if a Compressor delivered on 15.05.2020 and commissioned on 25.08.2023, then AMC

period will commence for balance period as per following formula:

Balance Period = {(warranty period (15.05.2020 to 14.05.2022) + Five year AMC period

(15.05.2022 to 14.05.2027)} - {Time Elapsed due to delay in Commissioning from the

date of supply (15.05.2020 to 25.08.2023)}

AMC period will commence for Balance period = From 25.08.2023 to 14.05.2027

46

Page 9 of 20

Sr.no. Clause No./Document No. Page no. Query Description Bidder's Query AGL Reply/Remarks

Corrigendum-1

TENDER NO_AGL/0304/TO/CNG COMPRESOOR/05-19

Techno-commercial Query

47

Bid Document,

Sec VI- Special conditions

of Contract

Item No. 33

Page 48 of

142PRICE REDUCTION SCHEDULE (PRS)

We request you to accept below price reduction schedule:

0.5% per week or part thereof of the delayed delivery value

maximum up to 5% of Undelivered portion Order value

(Excluding Taxes and Duties).

Please refer clause no. 33 "PRICE REDUCTION SCHEDULE (PRS)" of GCC-Goods

Section V of Tender Vol I of II.

48

Bid Document,

Sec VI- Special conditions

of Contract

Item No. 18.1

Page 44 of

142

Insurance: Insurance cover shall be applicable during entire

tenure contractor's custody till the material is handed over to the

Owner at site in a manner defined in tender documents.

Please note that complete Insurance cover will be excluded

from our scope. We shall only bear the transit Insurance till

site.

Tender Conditions Prevail

49Installation, testing & Commissioning of CNG compressor

package.

Please note that our E&C charges shall be valid till warranty

periodE&C charges shall be valid for 24 months from the supply of Compressor at Site/store

50

Bid Document,

VOLUME – II OF II Clause

No. 1.2

Codes & Standards

The following National & International Codes & Standards of

Latest editions shall be applicable.

OISD 179, NFPA-52: 1995 or equivalent

NFPA – 37

NFPA – 12- CO2 Flooding system

IS: 325/ IEC or International standards. – Standards for electric

Motor

IS: 6382

Applicable ANSI, ASTM, NEC, NEMA code. API – 618

API – 11P 2nd edition

API – 661 Specifications for Air cooled exchangers

ASME Section – VIII Div – 1/2 Design codes for pressure vessels.

Gas Cylinder Rules 2016.

Standard Specifications of Bureau of Indian Standards (BIS).

Specifications/Recommendations of IEC.

Indian Electricity Rules.

Indian Explosives Act.

TEMA – C - Water cooled heat exchangers

ASME / ANSI – B-31.3 Code for Process Piping

51

Bid Document,

VOLUME – II OF II Clause

No. 1.3

Precedence

3. International standards/codes as applicable

4. Indian Standards / codes applicable

52

Bid Document,

VOLUME – II OF II Clause

No. 4.4.1

All oil wiper intermediate gas cylinder pressure packing shall be a

segmental ring with stainless steel garter springs. The pressure

packing case shall be provided with a common vent and drain

below the piston rod tube to the outside of the Package enclosure.

Pressurized crankcase and hence not applicable Please refer clause no 4.4.4, Vol II of II of the tender document.

53

Bid Document,

VOLUME – II OF II Clause

No. 4.4.2

ERW / seamless steel tubing conforming to ASTM A-192 or series

300 SS tubing conforming to ASTM A-269 with minim um

thickness as specified in Cl. 7.11 of API-11P shall be used for

vent piping.

Pressurized crankcase and hence not applicable

Please refer clause no 4.4.4, Vol II of II of the tender document.

54

Bid Document,

VOLUME – II OF II Clause

No. 4.4.3

Packing vent piping inside of the distance piece shall be designed

for the maximum operating pressure of the cylinder.

Pressurized crankcase and hence not applicable

Please refer clause no 4.4.4, Vol II of II of the tender document.

55

Bid Document,

VOLUME – II OF II Clause

No. 4.5.3, 4.12.8 & 4.12.11

All lube oil piping after oil filter shall be 300 series stainless steel

conforming to ASTM A269.

All lube oil piping down stream of filter shall be series 300

Stainless Steel

All piping after coalescent filter at compressor discharge shall be

of SS 316.

After oil filter inbuilt oil galleries are provided. Standard Brass

NRV provided at forced lubrication point.

Tender Condition Prevails

3 x 1200 SCMH AT 16 KG/CM2G , 3 STAGE- 16-19-MOTOR

The compressor design is derived from

API618/11P/equivalent industry standards. However, the

design is enhanced to meet specific CNG application such as

pressurized crankcase to avoid gas vent loss etc.

Tender Condition Prevails

Page 10 of 20

Sr.no. Clause No./Document No. Page no. Query Description Bidder's Query AGL Reply/Remarks

Corrigendum-1

TENDER NO_AGL/0304/TO/CNG COMPRESOOR/05-19

Techno-commercial Query

56

Bid Document,

VOLUME – II OF II Clause

No. 4.6.1 & 4.6.2

Distance Pieces

Distance piece as per API-11P with cylinder side compartment

vented to safe location is specified.

Distance pieces shall be provided with gasket, solid covers and

shall be suitable for a minimum differential compartment pressure

of 1.75 kg/cm²g.

Distance piece will be as per manufacturer's design

standard.

Tender Condition Prevails

57

Bid Document,

VOLUME – II OF II Clause

No. 4.7.1

Single plunger per point force feed mechanical lubricator / divider

Block type shall provide lubrication to compressor cylinders.

Divider block type with Common indicator will be provided &

Brass NRV provided. Please refer clause no 4.7.3, Vol II of II of the tender document.

58

Bid Document,

VOLUME – II OF II Clause

No. 4.7.3

Lubricators shall have a sight flow indicator for each lubricator

point and a stainless steel double ball check valve shall be

provided at each lubrication point. Common sight glass is also

acceptable . Divider block lubrication system to compressor

cylinders shall also be accepted.

Common indicator is provided & Brass NRV provided. Please refer clause no 4.7.3, Vol II of II of the tender document.

59

Bid Document,

VOLUME – II OF II Clause

No. 4.7.4

Digital no flow timer shall be provided to stop the compressor in

case of loss of cylinder lubrication.

Common Digital No Flow Switch (time based) will be

provided.

- When there is no – pulse ( from cylinder lubrication -

divider block) for certain time interval, the switch toggles &

the compressor is tripped on lubrication fault.

Accepted

60

Bid Document,

VOLUME – II OF II Clause

No. 4.8.2

Inter / After Gas Coolers

Air-cooled inter-stage and final stage discharge coolers shall be

provided which shall limit the gas temperature after the cooler to

50 degree C (Or the discharge temperature after aftercooler =

Ambient + 10 deg C). For calculating the surface area of the air

cooler the ambient air temperature of 42oC and 80% RH shall be

considered. Cooler design shall be on the basis of 20% excess

capacity than required corresponding to suction PR of 16 kg/cm2

Gas sections of coolers shall be designed as per API-661

requirements; however gas section shall be inspected by

approved third party inspection agency and may not be “U” code

stamped. Vibration switch shall be provided on the heat exchanger

to trip the compressor on high vibration limit. Bidder shall indicate

vibration level in the offer.

For cooling of the Heat Exchangers a cooling fan to be provided

inside the enclosure(s).

Cooling system shall be preferably installed on the same skid as

the compressor due to space constraints. Bidder shall submit

cooler sizing calculation for review.

- The approach above ambient would be 10°C. (max.

discharge temp. 42°C + 10°C = 52°C).

- The required inputs would be given in the Heat Exchanger

datasheet.

-Cooler design shall be on the basis of 10% excess

-Design shall be manufacturer standard.

-TPI not considered.

-We shall be suplying package with concrete filled frame,

vibration s/w on cooler frame is not envisaged

1. The dicharge temp after the cooler = 42°C + 10°C = maximum 52°C.

2. For the rest points : Tender Condition Prevails.

Page 11 of 20

Sr.no. Clause No./Document No. Page no. Query Description Bidder's Query AGL Reply/Remarks

Corrigendum-1

TENDER NO_AGL/0304/TO/CNG COMPRESOOR/05-19

Techno-commercial Query

62

Bid Document,

VOLUME – II OF II Clause

No. 8.4

The headers of air-cooled exchanger shall be zinc sprayed.The headers of air-cooled exchanger shall be with heat

resistant paint. Tender Condition Prevails

63

Bid Document,

VOLUME – II OF II Clause

No. 1.6

3 nos. mass flow meters to measure the Natural Gas consumption

at packages inlet, package discharge (both Coriolis type) and

package loss / venting (thermal type) with online test

arrangement. Mass flow meter (Model CNG 50 & F Series with

integral local display) based on Coriolis principle of Micro motion,

USA CNG 50 with 2700 transmitter at Compressor discharge, F-

series with 1700 transmitter at compressor suction. Installation

and manufacturing of mass flow meter shall be as per as per AGA-

11. While installing special care shall be taken to isolate the m

ass flow meter from piping vibration. Mass flow meter shall be

provided in package vent for measuring vent losses. The mass

flow meter at the suction & discharge of compressor shall be

W&M approved only. The flowmeters should be enabled with

MODBUS/RS 485 communications

-As we are offering block with pressurised crankcase, there

is no vent loss. Thermal MFM is not evisaged and hence not

considered.

-Custody transfer for suction MFM not considered.

Tender Condition Prevails

64

Bid Document,

VOLUME – II OF II Clause

No. 1.6

Common structural steel skid for the compressor- Motor

combination and for all auxiliary systems

All auxiliary systems (Air compressor , CO2 flooding etc)

shall be supplied loose and to be mounted apart from

pacakge.

Only CO2 flooding , Air Compressor with Dryer , Air Receiver to be mounted apart from

the package. Suction Filter shall be inside or outside of the package.

MRT will be carried out as per manufacturer's standards. Tender Condition Prevails61

Mechanical running test (MRT)

The MRT for the each compressors shall be carried out by

tenderer with job or shop driver including complete job driving

system i.e., job driven V-belt, job pulleys etc., for 4 hours

continuously at shop of compressor manufacturer. The

compressor need not be pressure loaded for MRT test. During

this test following shall be recorded at agreed intervals.

• Vibration levels measured on cylinders and frame

• Bearing temperature

• Oil cooler inlet and outlet tem p

• Sound level

Subsequent to satisfactory run the compressor shall be examined

as per standard procedure & following shall be examined as

minimum:

Strip test is limited to open Crank Case cover, X-Hd guide &

Dist.pc. Cover and opening of bore & other parts, piston, one

valve per cylinder. Visual examination of position rod If any of part

found damaged, all similar components shall be stripped for

inspection. The MRT test shall be repeated after replacement of

such parts. All the interlocking and performance of the

instrumentation system will be verified during the MRT.

Bid Document,

VOLUME – II OF II Clause

No. 6.2.1

Page 12 of 20

Sr.no. Clause No./Document No. Page no. Query Description Bidder's Query AGL Reply/Remarks

Corrigendum-1

TENDER NO_AGL/0304/TO/CNG COMPRESOOR/05-19

Techno-commercial Query

65

Bid Document,

VOLUME – II OF II Clause

No. 1.6

Separate junction boxes for different type of signals like

intrinsically safe signals, alarm, shutdowns, thermocouples, RTDs

etc. for interfacing to local panel

LCP (With PLC) is mounted on package itself hence

separate JB's are not required (With PLC) is mounted on

package itself & also separate gauge box will be used for

intrinsically safe signals.

Please refer reply to Sr. No. 24.

66

Bid Document,

VOLUME – II OF II Clause

No. 1.6

Separate acoustic enclosure, seprated with a partition wall of

minimum 3 mm thickness and fabricated in such fashion that it is

completely sealed so that gas or fire should not travel from one

enclosure to another, for both Compressor and motor as

specified, with two number L.E.L detector and two UV detectors in

each enclosure.

Practically 100% sealing is not possible as mentioned in the

tender document clause. PESO has approved non

compartmentalized enclosures. Adequate safeties are

provided in the enclosures to avoid any uneventful incident.

Kindly consider non - compartment type enclosure.

Tender Condition Prevails

67

Bid Document,

VOLUME – II OF II Clause

No. 1.6

Separator/ Knockout drums/volume drums with solenoid valve

operated auto & manual drains as required. Moisture separator

cum regulator in the system shall also be accepted. Bypass

valves for automatic drain system shall be as per manufacturer’s

recommendation.

Considering safety hazards manual drains for KOD not

considered also as drain shall be normally open hence

requirement on manual drain is not evisaged.

For final oil drain from blowdown vessel manual and

automatic drain shall be provided.

Compressor package shall be capable to drain out from Seperators/KOD in case of

automatic system fails.

68

Bid Document,

VOLUME – II OF II Clause

No. 2.1.2

Bidder shall make his own provision for Instrument air if required

with an electric motor driven air compressor with a suitably sized

receiver & Refrigerant type air drier system. Air Compressor motor

should be 415 V squirrel cage motor DOL / star delta starter

having overload protection, single phase preventer. A Rain guard

of MOC carbon steel minimum thickness of 2 mm should be

provided over the air compressor.

Pl confirm if air compressor supply is in bidder's scope ? Please refer clause no 2.1.1, Vol II of II of the tender document.

69

Bid Document,

VOLUME – II OF II Clause

No. 2..2.4

UPS and Non UPS power shall be made available from power

distribution board (PDB) in the electrical room. Supply, Erection

and termination of all cables and accessories from feeder in

electrical room shall be in the bidder’s scope

Pl confirm if UPS is in bidder's scope ? Cable lengths to be

defined properly.

Please refer clause no 2.1.6, Vol II of II of the tender document.However the distance

between PDB and compressor package is not more than 40 meters.

70

Bid Document,

VOLUME – II OF II Clause

No. 4.9.1

Carbon Steel separators/KOD at auto and manual drain system

shall be prov ided for the capacity as required.

Considering safety hazards manual drains for KOD not

considered also as drain shall be normally open hence

requirement on manual drain is not evisaged.

For final oil drain from blowdown vessel manual and

automatic drain shall be provided.

Please refer reply to Sr. No. 67.

71

Bid Document,

VOLUME – II OF II Clause

No. 4.9.3

Scrubber service class - B shall be used f or Inter-stage /

discharge scrubbers. Service Class - C

shall be used f or su ction scrubber. (Refer API -11P)

Manufacturer standard , spinner type seperator shall be

provided instead of scrubber type seperator.Please refer reply to Sr.No. 32

Page 13 of 20

Sr.no. Clause No./Document No. Page no. Query Description Bidder's Query AGL Reply/Remarks

Corrigendum-1

TENDER NO_AGL/0304/TO/CNG COMPRESOOR/05-19

Techno-commercial Query

72

Bid Document,

VOLUME – II OF II Clause

No. 4.9.3

All v essels including pulsation dam pers shall be fully (100 %)

radio graphed as per ASME VIII UW (a) or equiv alent.

All vessels will be fully (100%) radio-graphed as per ASME

VIII, however U stamping not considered.Tender Condition Prevails

73

Bid Document,

VOLUME – II OF II Clause

No. 4.9.4

Gas recovery system

Suction damper and gas recovery vessel shall be combined

as per manufacturer std practice hence as per tender specs

PRV between blowdown vessel and compressor suction is

not considered.

Please refer clause no 4.9.4, Vol II of II of tender document.

74

Bid Document,

VOLUME – II OF II Clause

No. 4.9.7

Coalescent super fine filters (preferably two stages) with CE m

ark/ third party inspected for rem oval of liquid (e.g. water & oil)

and solid particles down to 0.1 microns out of com pressed natural

gas shall be provided. Residual Oil Contents shall be less than 1

PPM. Manual drains with isolation valves with oil collecting pot

shall be provided. The filter should be sized to flow for 200% of

flow corresponding to flow at suction pressure of 19 kg/cm2g .

However mechanical design shall be based on safety set

pressure.

Filters with 100% of flow capacity are sufficient. CE / TPI

markings are not necessary since filetrs shall be from

approved makes.

Tender Condition Prevails

75

Bid Document,

VOLUME – II OF II Clause

No. 4.9.8

Pulsation, Vibration Control and Analog Study Not feasible to be provided since design data is proprietary. Accepted

76

Bid Document,

VOLUME – II OF II Clause

No. 4.11.5

All the pressure, tem perature, lube oil pressure, coolant

temperature, coolant lev el indicators shall be visible from outside

of enclosures.

Cooler level indicator of engine radiator shall not visible from

outide however can be easily check Accepted

77

Bid Document,

VOLUME – II OF II Clause

No. 4.12

Piping

Gas piping/ tubing at 3rd stage discharge will only be in SS-

316, with SS fittings,

Rest all piping /tubing will be Combination of Flanged &

screwed connections with CS material (pipes, Fittings &

Flanges ) as per application requirement & standard design.

This is as per manufacturing standard design.

Instrument Air Tubing will be in SS-304.

A) For CS Piping ,Please refer clause no 4.12.2, Vol II of II of tender document.

B) For Instrument Air Piping ,Please refer clause no 4.12.5, Vol II of II of tender

document.

78

Bid Document,

VOLUME – II OF II Clause

No. 4.12.5

The instrument air tubing material shall be SS316 as per ASTM

A269.Impulse air tubing for actuator operation shall be SS-304. Please refer reply to Sr.No. 77 (B).

79

Bid Document,

VOLUME – II OF II Clause

No. 4.12.9

External drain & v ent piping shall be Carbon Steel and not less

than 1" nominal sizeExternal drain connection shall be-1/2" Tender Condition Prevails

80

Bid Document,

VOLUME – II OF II Clause

No. 4.12.9

Following certificates have to be submitted for piping fabricated at

Site / shopElectrode qualification test results not considered Please refer clause no 4.12.14, Point no .11 (C) Vol II of II of tender document.

81 Makes Pressure Transmitter Please approve GIC Tender Condition Prevails

82

Bid Document,

VOLUME – II OF II Clause

No.5.7.4 & 5.7.15

Electrical instrumentation shall be certified by a recognized

authority such as BASEEFA, PTB, LCIE, CESI, INIEX, CMRS or

any agency approved by Indian Gov ernm ent.

CCOE or its equivalent certificate (FM, CSA , ATEX, UL,

CMRI) whichever applicable & available will be provided.Accepted

83

Bid Document,

VOLUME – II OF II Clause

No. 5.7.4 & 5.7.15

For online Calibration of MFM; Vendor to provide suitable

arrangement to connect Master Mass flow meter (Prover) with

Compressor Suction & Compressor Discharge flow meter for

calibration purpose.

For online calibration of suction MFM loose pipe arrangement

shall be provided and for discharge MFM provision for

calibration shall be available on P&ID

Tender Condition Prevails

84

Bid Document,

VOLUME – II OF II Clause

No. 5.7.14

Offered m ass flow m eter shall be necessary f or Custody

Transfer application but not exceeding

0.5% of span. Type of approval certificate from W&M India is

required.

0.5% accuracy considered but custody tranfer application for

suction MFM not consideredTender Condition Prevails

Page 14 of 20

Sr.no. Clause No./Document No. Page no. Query Description Bidder's Query AGL Reply/Remarks

Corrigendum-1

TENDER NO_AGL/0304/TO/CNG COMPRESOOR/05-19

Techno-commercial Query

85

Bid Document,

VOLUME – II OF II Clause

No. 6.4

Pressure and temperature of gas shall be considered at

purchaser’s boundary limit and supplier shall install necessary

pressure and temp measuring devices. Necessary spool piece

shall be provided in discharge tubing of the com pressor. All

instrum ent duly calibrated, tools & tackles, any modification

required f or conducting PT shall be in the scope of supplier.

Pressure and temperature shall be considered at compressor

block suction during performance test.Tender Condition Prevails

HYDROTEST OF-CYLINDER HEADS Not feasible hence not considered Tender Condition Prevails

LEAK PROOF T EST OF PRESSURIZED CRANK CASE (4 Hours

wit h k erosene)

Hydrotest for crankacase considered.

Customer inspection not considered as it will lead to major

delivery time adder

Tender Condition Prevails

ULTRASONIC TEST OF-CRANK SHAFT , CONNECTING ROD.,

PIST ON R O DUltrasonic test for crank shaft not considered Tender Condition Prevails

RADIOGRAPH Y AS APPLICABLE-PRESSURE VESSELS, HEAT

EXCHANGER, G AS PIPINGAs welding not involved in heat exchanger Tender Condition Prevails

BARRING OVER TO CHECK CYLINDER END CLEARANCE

AND PISTON ROD RUNOUTPiston rod runnot not considered as not feasible to check. Tender Condition Prevails

NO LOAD MECHANICAL RUN T EST OF THE COMPR. W IT H

RAT ED (OR MORE) SPEED AND SHOP DRIVER (4 HRS. Minim

um .)

Customer witness not considered Tender Condition Prevails

STRIP CHECK AND INTERNAL INSPECTION AFTER " NLMRT"

OF ALL C O MPRESSO RS ; - Routine test c ertif icat e by v

endors

Customer witness not considered Tender Condition Prevails

88

Bid Document,

VOLUME – II OF II Clause

No. 1.3

Precedence

3. International standards/codes as applicable

4. Indian Standards / codes applicable

Bid Document,

VOLUME – II OF II Clause

No.20-QAP

3x 1200 SCMH AT 16 KG/CM2G , 3 STAGE- 16-19-ENGINE

86

Bid Document,

VOLUME – II OF II Clause

No. 1.2

87

Please refer reply to Sr.No.50

The compressor design is derived from

API618/11P/equivalent industry standards. However, the

design is enhanced to meet specific CNG application such as

pressurized crankcase to avoid gas vent loss etc.

Codes & Standards

The design, construction, manufacture, supply, testing and other

general requirements of the compressor package equipment shall

be strictly in accordance with the data sheets, applicable API

codes, and shall comply fully with relevant National/ International

standards, Indian Electricity Act, Indian Electricity Rules,

regulations of Insurance Association of India and Factories Act

while carrying out work as per this specification.

Any modification suggested by the statutory bodies either during

drawing approval or during inspection, if any, shall be carried out

by the Bidder without any additional cost and delivery implications.

The following codes and standards (versions/ revisions valid on

the date of order) are referenced to & made part of specification:

API-11P, Second edition, API 618,

ISO 13631-2002,

NFPA-37, OISD 179, NFPA-52: 2006, NFPA-496, NFPA-68, NFPA-

70

ANSI, ASTM, NEC, NEMA

Indian Electricity Rules, Indian Explosives Act, Gas cylinder rules,

codes for SS tube & forged fittings.

Page 15 of 20

Sr.no. Clause No./Document No. Page no. Query Description Bidder's Query AGL Reply/Remarks

Corrigendum-1

TENDER NO_AGL/0304/TO/CNG COMPRESOOR/05-19

Techno-commercial Query

89

Bid Document,

VOLUME – II OF II Clause

No. 4.10.10

Engine shall meet all the latest MP State / Central Pollution

Control Board rules & regulations. Also, Bidder shall submit a

certificate approved/accepted by MP State Pollution Control Board

for the installed gas engine during Site Acceptance Test /

Performance Test. All the requisite fees for this test shall be borne

by Bidder. Performance Test will be considered to be final

thereafter only.

Provision of emmissionized gas engine with catalytic

convertor shall only be in the scope of bidder. Certification of

any sort from MP Pollution control board will not be provided

by bidder. This is primarily the responsibility of the CGD Gas

Company.

Please refer reply to Sr.No.3

90

Bid Document,

VOLUME – II OF II Clause

No. 4.4.1

All oil wiper intermediate gas cylinder pressure packing shall be a

segmental ring with stainless steel garter springs. The pressure

packing case shall be provided with a common vent and drain

below the piston rod tube to the outside of the Package enclosure.

Pressurized crankcase and hence not applicable Please refer reply to Sr.No.52

91

Bid Document,

VOLUME – II OF II Clause

No. 4.4.2

ERW / seamless steel tubing conforming to ASTM A-192 or series

300 SS tubing conforming to ASTM A-269 with minimum thickness

as specified in Cl. 7.11 of API-11P shall be used for vent piping.

Pressurized crankcase and hence not applicable

Please refer reply to Sr.No.53

92

Bid Document,

VOLUME – II OF II Clause

No. 4.4.3

Packing vent piping inside of the distance piece shall be designed

for the maximum operating pressure of the cylinder.

Pressurized crankcase and hence not applicable

Please refer reply to Sr.No.54

93

Bid Document,

VOLUME – II OF II Clause

No. 4.5.3, 4.12.8 & 4.12.11

All lube oil piping after oil filter shall be 300 series stainless steel

conforming to ASTM A269.

All lube oil piping down stream of filter shall be series 300

Stainless Steel

All piping after coalescent filter at compressor discharge shall be

of SS 316.

After oil filter inbuilt oil galleries are provided. Standard Brass

NRV provided at forced lubrication point.

Please refer reply to Sr.No.55

94

Bid Document,

VOLUME – II OF II Clause

No. 4.6.1 & 4.6.2

Distance Pieces

Distance piece as per API-11P with cylinder side compartment

vented to safe location is specified.

Distance pieces shall be provided with gasket, solid covers and

shall be suitable for a minimum differential compartment pressure

of 1.75 kg/cm ²g.

Distance piece will be as per manufacturer's design

standard.

Please refer reply to Sr.No.56

95

Bid Document,

VOLUME – II OF II Clause

No. 4.7.1

Single plunger per point force feed mechanical lubricator / divider

Block type shall provide lubrication to compressor cylinders.

Divider block type with Common indicator will be provided &

Brass NRV provided. Please refer reply to Sr.No.57

96

Bid Document,

VOLUME – II OF II Clause

No. 4.7.3

Lubricators shall have a sight flow indicator for each lubricator

point and a stainless steel double ball check valve shall be

provided at each lubrication point. Common sight glass is also

acceptable. Divider block lubrication system to compressor

cylinders shall also be accepted.

Common indicator is provided & Brass NRV provided. Please refer reply to Sr.No.58

97

Bid Document,

VOLUME – II OF II Clause

No. 4.7.4

Digital no flow timer shall be provided to stop the compressor in

case of loss of cylinder lubrication.

Common Digital No Flow Switch (time based) will be

provided.

- When there is no – pulse ( from cylinder lubrication -

divider block) for certain time interval, the switch toggles &

the compressor is tripped on lubrication fault.

Please refer reply to Sr.No.59

Page 16 of 20

Sr.no. Clause No./Document No. Page no. Query Description Bidder's Query AGL Reply/Remarks

Corrigendum-1

TENDER NO_AGL/0304/TO/CNG COMPRESOOR/05-19

Techno-commercial Query

98

Bid Document,

VOLUME – II OF II Clause

No. 4.8.2

Inter / After Gas Coolers

Air-cooled inter-stage and final stage discharge coolers shall be

provided which shall limit the gas temperature after the cooler to

50 degree C (Or the discharge temperature after aftercooler =

Ambient + 10 deg C). For calculating the surface area of the air

cooler the ambient air temperature of 42°C and 80% RH shall be

considered. Cooler design shall be on the basis of 20% excess

capacity than required corresponding to suction PR of 16 kg/cm2

Gas sections of coolers shall be designed as per API-661

requirements; however gas section shall be inspected by

approved third party inspection agency and may not be “U” code

stamped. Vibration switch shall be provided on the heat exchanger

to trip the compressor on high vibration limit. Bidder shall indicate

vibration lev el in the offer.

- The approach above ambient would be 10°C. (max.

discharge temp. 42°C + 10°C = 52°C).

- The required inputs would be given in the Heat Exchanger

datasheet.

-Cooler design shall be on the basis of 10% excess

-Design shall be manufacturer standard.

-TPI not considered.

-We shall be suplying package with concrete filled frame,

vibration s/w on cooler frame is not envisaged

Please refer reply to Sr.No.60

100

Bid Document,

VOLUME – II OF II Clause

No. 8.4

The headers of air-cooled exchanger shall be zinc sprayed. Shall be with heat resistant paint Please refer reply to Sr.No.62

101

Bid Document,

VOLUME – II OF II Clause

No. 1.6.3

Electrical instrumentation shall be certified by a recognized

authority such as BASEEFA, PTB, LCIE, CESI, INIEX, CMRS or

any agency approved by Indian Gov ernm ent.

PESO approved Please refer reply to Sr.No.63

102

Bid Document,

VOLUME – II OF II Clause

No. 1.6.6

Separate junction boxes f or different type of signals like analog,

digital signals, alarm, shutdowns, and thermocouples, RTDs etc. f

or interfacing to FLP local panel.

LCP (With PLC) is mounted on package itself hence

separate JB's are not required (With PLC) is mounted on

package itself & also separate gauge box will be used for

intrinsically safe signals.

Please refer reply to Sr.No.24

MRT will be carried out as per manufacturer's standard

procedures.99

Mechanical running test (MRT)

The MRT for the each compressors shall be carried out by

tenderer with job or shop driver including complete job driving

system i.e., job driven V-belt, job pulleys etc., for 4 hours

continuously at shop of compressor manufacturer. The

compressor need not be pressure loaded for MRT test. During

this test following shall be recorded at agreed intervals.

• Vibration levels measured on cylinders and frame

• Bearing temperature

• Oil cooler inlet and outlet temp

• Sound level

Subsequent to satisfactory run the compressor shall be examined

as per standard procedure & following shall be examined as

minimum:

Strip test is limited to open Crank Case cover, X-Hd guide &

Dist.pc. Cover and opening of bore & other parts, piston, one

valve per cylinder. Visual examination of position rod If any of part

found damaged, all similar components shall be stripped for

inspection. The MRT test shall be repeated after replacement of

such parts. All the interlocking and performance of the

instrumentation system will be verified during the MRT.

Bid Document,

VOLUME – II OF II Clause

No. 6.2.1

Please refer reply to Sr.No.61

Page 17 of 20

Sr.no. Clause No./Document No. Page no. Query Description Bidder's Query AGL Reply/Remarks

Corrigendum-1

TENDER NO_AGL/0304/TO/CNG COMPRESOOR/05-19

Techno-commercial Query

103

Bid Document,

VOLUME – II OF II Clause

No. 1.6.7

Main incoming cable from owner PDB to main control panel of the

com pressor through Conduit/trenches. Cable from owners

electronic earth pit (EE) f or electronic circuit in control Panel,

cables f rom owners m ain earthing ring to control panel body

earth and all interconnecting Cables including com plete erection

accessories like double compression cable, FLP gland, cable

tags, Lugs etc. as required. Conduit from PDB to Flam e control

panel shall be m ade av ailable by supplier & from Control panel to

diff erent accessories / ESD /units shall be in supplier scope

Define proper cable lengths. Please refer reply to Sr.No.30

104

Bid Document,

VOLUME – II OF II Clause

No. 1.6.9

Blow down vessel shall be located preferably on top of the

package to facilitate periodic testing of pressure vessel.

Blowdown vessel shall be monted on base of the pacakge.

This is as per proven manufacturer design.Please refer reply to Sr.No.25

105

Bid Document,

VOLUME – II OF II Clause

No. 1.6.13

Shed Structure (Galvanized corrugated sheet) of 10’ x 8’ ov er the

Control panel to the Operator for operating the com pressor. Total

structure setup, fabrication & finishing shall be in bidder’s scope.

The shed over the control penal is also for operator to operating

the compressor

Control panel shall be mounted inside the pacakge canopy

hence additional shed is not required. Tender Condition Prevails

106

Bid Document,

VOLUME – II OF II Clause

No. 1.6.17 & 4.9.1

Separator/ Knockout drums/volume drums with solenoid valve

operated auto & manual drains as required. Moisture separator

cum regulator in the system shall also be accepted. Bypass

valves for automatic drain system shall be as per manufacturer’s

recommendation

Considering safety hazards manual drains for KOD not

considered also as drain shall be normally open hence

requirement on manual drain is not evisaged.

For final oil drain from blowdown vessel manual and

automatic drain shall be provided.

Please refer reply to Sr.No.67

107

Bid Document,

VOLUME – II OF II Clause

No. 1.6.24

Separate acoustic enclosure, seprated with a partition wall of

minimum 3 mm thickness and fabricated in such fashion

that it is completely sealed so that gas or fire should not

travel from one enclosure to another, for both Compressor

and Engine as specified, with two number L.E.L detector and

two UV detectors in each enclosure.

Practically 100% sealing is not possible as mentioned in the

tender document clause. PESO has approved non

compartmentalized enclosures. Adequate safeties are

provided in the enclosures to avoid any uneventful incident.

Kindly consider non - compartment type enclosure.

Please refer reply to Sr.No.66

108

Bid Document,

VOLUME – II OF II Clause

No. 4.9.1

Carbon Steel separators/KOD at auto and manual drain system

shall be prov ided for the capacity as required.

Considering safety hazards manual drains for KOD not

considered also as drain shall be normally open hence

requirement on manual drain is not evisaged.

For final oil drain from blowdown vessel manual and

automatic drain shall be provided.

Please refer reply to Sr.No.67

109

Bid Document,

VOLUME – II OF II Clause

No. 4.9.3

Scrubber service class - B shall be used f or Inter-stage /

discharge scrubbers. Service Class - C

shall be used f or su ction scrubber. (Refer API -11P)

Manufacturer standard , spinner type seperator shall be

provided instead of scrubber type seperator.Please refer reply to Sr.No. 32

110

Bid Document,

VOLUME – II OF II Clause

No. 4.9.3

All v essels including pulsation dam pers shall be fully (100 %)

radio graphed as per ASME VIII UW (a) or equiv alent.

All vessels will be fully (100%) radio-graphed as per ASME

VIII, however U stamping not considered.Please refer reply to Sr.No. 72

111

Bid Document,

VOLUME – II OF II Clause

No. 4.9.4

Gas recovery system

Suction damper and gas recovery vessel shall be combined

as per manufacturer std practice hence as per tender specs

PRV between blowdown vessel and compressor suction on

considerd

Please refer reply to Sr.No. 73

112

Bid Document,

VOLUME – II OF II Clause

No. 4.9.7

Coalescent super fine filters (preferably two stages) with CE m

ark/ third party inspected for rem oval of liquid (e.g. water & oil)

and solid particles down to 0.1 microns out of com pressed natural

gas shall be provided. Residual Oil Contents shall be less than 1

PPM. Manual drains with isolation valves with oil collecting pot

shall be provided. The filter should be sized to flow for 200% of

flow corresponding to flow at suction pressure of 19 kg/cm2g .

However mechanical design shall be based on safety set

pressure.

Filters with 100% of flow capacity are sufficient. CE / TPI

markings are not necessary since filetrs shall be from

approved makes.

Please refer reply to Sr.No. 74

Page 18 of 20

Sr.no. Clause No./Document No. Page no. Query Description Bidder's Query AGL Reply/Remarks

Corrigendum-1

TENDER NO_AGL/0304/TO/CNG COMPRESOOR/05-19

Techno-commercial Query

113

Bid Document,

VOLUME – II OF II Clause

No. 4.9.8

Pulsation, Vibration Control and Analog Study Not feasible due to proprietary design details. Please refer reply to Sr.No. 75

114

Bid Document,

VOLUME – II OF II Clause

No. 4.1

Gas Engine We shall consider Cummins GTA855 gas engine. Please refer reply to Sr.No. 2

115

Bid Document,

VOLUME – II OF II Clause

No. 4.11.5

All the pressure, tem perature, lube oil pressure, coolant

temperature, coolant lev el indicators shall be visible from outside

of enclosures.

Cooler level indicator of engine radiator shall not visible from

outide however can be easily check Please refer reply to Sr.No. 76

116

Bid Document,

VOLUME – II OF II Clause

No. 4.11.8

Suitable gradients shall be provided on the enclosure roof f or rain

drainage and to av oid water pockets.

As exhaust silencer will be mounted on top gradients not

considered.Please refer clause no 4.10.7, Page no 14 of 167, Vol II of II of tender document.

117

Bid Document,

VOLUME – II OF II Clause

No. 4.12

Piping

Gas piping/ tubing at 3rd stage discharge will only be in SS-

316, with SS fittings,

Rest all piping /tubing will be Combination of Flanged &

screwed connections with CS material (pipes, Fittings &

Flanges ) as per application requirement & standard design.

This is as per manufacturing standard design.

Instrument Air Tubing will be in SS-304.

Please refer reply to Sr.No. 77

118

Bid Document,

VOLUME – II OF II Clause

No. 4.12.5

The instrument air tubing material shall be SS316 as per ASTM

A269.Impulse air tubing for actuator operation shall be SS-304. Please refer reply to Sr.No. 78

119

Bid Document,

VOLUME – II OF II Clause

No. 4.12.9

External drain & v ent piping shall be Carbon Steel and not less

than 1" nominal sizeExternal drain connection shall be-1/2" Please refer reply to Sr.No. 79

120

Bid Document,

VOLUME – II OF II Clause

No. 4.12.9

Following certificates have to be submitted for piping fabricated at

Site / shopElectrode qualification test results not considered Please refer reply to Sr.No. 80

121 Mkes Pressure Transmitter Please approve GIC Please refer reply to Sr.No. 81

122

Bid Document,

VOLUME – II OF II Clause

No. 5.7.4 & 5.7.15

Electrical instrumentation shall be certified by a recognized

authority such as BASEEFA, PTB, LCIE, CESI, INIEX, CMRS or

any agency approved by Indian Gov ernm ent.

CCOE or its equivalent certificate (FM, CSA , ATEX, UL,

CMRI) whichever applicable & available will be provided.Please refer reply to Sr.No. 82

123

Bid Document,

VOLUME – II OF II Clause

No. 5.7.14

For online Calibration of MFM; Vendor to provide suitable

arrangement to connect Master Mass flow meter (Prover) with

Compressor Suction & Compressor Discharge flow meter for

calibration purpose.

For online calibration of suction MFM loose pipe arrangement

shall be provided and for discharge MFM provision for

calibration shall be available on P&ID

Please refer reply to Sr.No. 83

124

Bid Document,

VOLUME – II OF II Clause

5.7.14

Offered m ass flow m eter shall be necessary f or Custody

Transfer application but not exceeding

0.5% of span. Type of approval certificate from W&M India is

required.

0.5% accuracy considered but custody tranfer application for

suction MFM not consideredPlease refer reply to Sr.No. 84

125

Bid Document,

VOLUME – II OF II Clause

6.4

Pressure and temperature of gas shall be considered at

purchaser’s boundary limit and supplier shall install necessary

pressure and temp measuring devices. Necessary spool piece

shall be provided in discharge tubing of the com pressor. All

instrum ent duly calibrated, tools & tackles, any modification

required f or conducting PT shall be in the scope of supplier.

Pressure and temperature shall be considered at compressor

block suction during performance test.Please refer reply to Sr.No. 85

Page 19 of 20

Sr.no. Clause No./Document No. Page no. Query Description Bidder's Query AGL Reply/Remarks

Corrigendum-1

TENDER NO_AGL/0304/TO/CNG COMPRESOOR/05-19

Techno-commercial Query

HYDROTEST OF-CYLINDER HEADS Not feasible hence not considered

LEAK PROOF T EST OF PRESSURIZED CRANK CASE (4 Hours

wit h k erosene)

Hydrotest for crankacase considered.

Customer inspection not considered as it will lead to major

delivery time adder

ULTRASONIC TEST OF-CRANK SHAFT , CONNECTING ROD.,

PIST ON R O DUltrasonic test for crank shaft not considered

RADIOGRAPH Y AS APPLICABLE-PRESSURE VESSELS, HEAT

EXCHANGER, G AS PIPINGAs welding not involved in heat exchanger

BARRING OVER TO CHECK CYLINDER END CLEARANCE

AND PISTON ROD RUNOUTPiston rod runnot not considered as not feasible to check.

NO LOAD MECHANICAL RUN T EST OF THE COMPR. W IT H

RAT ED (OR MORE) SPEED AND SHOP DRIVER (4 HRS. Minim

um .)

Customer witness not considered

STRIP CHECK AND INTERNAL INSPECTION AFTER " NLMRT"

OF ALL C O MPRESSO RS ; - Routine test c ertif icat e by v

endors

Customer witness not considered

126

This Corrigendum-1 forms an integral part of the Tender Document No.: AGL/0304/TO/CNG COMPRESOOR/05-19 and a copy (duly signed and stamped) of the same is to be submitted along with the Bid.

Please refer reply to Sr.No. 86

Bid Document,

VOLUME – II OF II Clause

20-QAP

Page 20 of 20